Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2005 FBO #1203
SOLICITATION NOTICE

B -- National ICT Master Plan and e-Government Network Feasibility Study in Uganda

Notice Date
3/11/2005
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
United States Trade and Development Agency, USTDA, USTDA, 1000 Wilson Boulevard, Suite 1600, C/O US TDA 1000 Wilson Boulevard, Suite 1600, Arlington, VA, 22209-3901
 
ZIP Code
22209-3901
 
Solicitation Number
Reference-Number-0410039A
 
Response Due
4/27/2005
 
Archive Date
5/12/2005
 
Description
POC Evangela Kunene, USTDA, 1000 Wilson Boulevard, Suite 1600, Arlington, VA 22209-3901, Tel:(703)875-4357, Fax:(703)875-4009; PLEASE DO NOT CONTACT CONTRACTS OFFICE. PROPOSAL SUBMISSION PLACE: The Permanent Secretary, Ministry of Works, Housing, and Communications, Plot 4/6 Airport Road, P.O. Box 10, Entebbe, Uganda, Attention: Eng. Dr. Godfrey Kibuuka, Phone: +256-41.32.0599/+256-71.94.07611; Fax: +256-41.32.01.35. The Grantee, the Ministry of Housing, Works, and Communications of Uganda (MOWHC), invites submission of qualifications and proposal data (collectively referred to as the "Proposal") from interested U.S. firms which are qualified on the basis of experience and capability to develop a feasibility study for a National ICT Master Plan and e-Government Network Feasibility Study, the first step in the Government of Uganda's effort to implement their recently developed National ICT (Information and Communications Technology) Policy. The MOWHC is responsible for the coordination of the implementation of the national ICT policy. To begin this effort, the MOWHC commissioned a study through a local firm to assess the e-readiness of the country, which was completed in early 2004. The study concluded that despite government will and mandate, the growth of ICT in Uganda is hampered by funding, investments, and affordability. One of the recommendations of this study is to develop an ICT Master Plan for the implementation of the national ICT policy while optimizing existing funding, and to raise additional funding through private sector interests, donors, and multilateral loans. The objective of the study would be to develop an ICT roadmap to develop and support e-governance and e-business. A summary of the Terms of Reference for this project is as follows. A full Terms of Reference for this study can be found in Annex 6 of the RFP. Task 1: Development of the Uganda ICT Master Plan: Through meetings with key ministries in the Ugandan Government, the team will develop a Master Plan that clearly demonstrates action plans to carry out key policy objectives outlined by the National ICT Policy. Task 2: Requirements Analysis: The team will conduct a requirements analysis for four ministries and produce a report that pairs the requirements with potential technologies and infrastructure designs. Task 3: Architecture and Standards Development: The team will develop a national strategy and high-level architecture of an ideal network that will also integrate existing resources. It will then recommend the development of appropriate national standards each agency/ministry would need to implement the architecture. Task 4: Implementation and Procurement Plan: This will include the development of a high-level implementation and procurement action plan for the selected ministries. Task 5: The team will assist in defining and establishing an e-Government Program Management Office that will have the responsibility of implementing the determined implementation plan. The U.S. firm selected will be paid in U.S. dollars from a U.S. $317,975 grant to the Grantee from the U.S. Trade and Development Agency (USTDA). A detailed Request for Proposals (RFP), which includes requirements for the Proposal, the Terms of Reference, and a background definitional mission report are available from USTDA, at 1000 Wilson Boulevard, Suite 1600, Arlington, VA 22209-3901. Requests for the RFP should be faxed to the IRC, USTDA at 703-875-4009. In the fax, please include your firm?s name, contact person, address, and telephone number. Some firms have found that RFP materials sent by U.S. mail do not reach them in time for preparation of an adequate response. Firms that want USTDA to use an overnight delivery service should include the name of the delivery service and your firm's account number in the request for the RFP. Firms that want to send a courier to USTDA to retrieve the RFP should allow one hour after faxing the request to USTDA before scheduling a pick-up. Please note that no telephone requests for the RFP will be honored. Please check your internal fax verification receipt. Because of the large number of RFP requests, USTDA cannot respond to requests for fax verification. Requests for RFPs received before 4:00 PM will be mailed the same day. Requests received after 4:00 PM will be mailed the following day. Please check with your courier and/or mailroom before calling USTDA. Only U.S. firms and individuals may bid on this USTDA financed activity. Interested firms, their subcontractors and employees of all participants must qualify under USTDA's nationality requirements as of the due date for submission of qualifications and proposals and, if selected to carry out the USTDA-financed activity, must continue to meet such requirements throughout the duration of the USTDA-financed activity. All goods and services to be provided by the selected firm shall have their nationality, source and origin in the U.S. or host country. The U.S. firm may use subcontractors from the host country for up to 20 percent of the USTDA grant amount. Details of USTDA's nationality requirements and mandatory contract clauses are also included in the RFP. Interested U.S. firms should submit their Proposal in English directly to the Grantee by 4:00 pm, April 27, 2005, at the above address. Evaluation criteria for the Proposal are included in the RFP. Price will not be a factor in contractor selection, and therefore, cost proposals should NOT be submitted. The Grantee reserves the right to reject any and/or all Proposals. The Grantee also reserves the right to contract with the selected firm for subsequent work related to the project. The Grantee is not bound to pay for any costs associated with the preparation and submission of Proposals.
 
Record
SN00767226-W 20050313/050311212434 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.